Section one: Contracting authority
one.1) Name and addresses
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Insourcing Services
Reference number
RM6395
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
North of England Commercial Procurement Collaborative, as the Authority on behalf of NHS Workforce Alliance are looking to conduct a new procurement process to put in place a Framework Agreement for the Provision of Insourcing of Health Services for use by NHS organisations. The framework shall provide access to a wide variety of insourced service solutions in support of the delivery of compliant and high quality patient focused healthcare.
NHS Workforce Alliance partners include:
• NHS Commercial Solutions
• East of England NHS Collaborative Procurement Hub
• NHS London Procurement Partnership
• NHS North of England Commercial Procurement Collaborative
• Crown Commercial Service
This procurement will be run under The Health Care Services (Provider Selection Regime) Regulations 2023. At this stage we are looking to engage with the market to identify interested potential bidders and seek market feedback on options for developing the scope, lotting structure and pricing model for the new Insourcing Services agreement. We are also looking to ascertain any market/supplier risks associated with meeting the objectives of the agreement.
Any interested parties will be invited to a Supplier Engagement webinar via Microsoft Teams being held on Tuesday 11th February 2025 at 9:30am As part of the engagement webinar, there will also be a session on Social Value to seek market views on potential social value elements and to support the market in understanding best approach to developing bidders tender responses. During the webinar there will also be an opportunity to ask any relevant questions.
If your organisation is interested in attending the above detailed supplier engagement webinar, and/ or would like to contribute to the market engagement activity, please confirm the names, positions, organisation name, email address and telephone number of proposed attendees in the requirement envelope Question 1.
Interested suppliers are asked to register on the portal and express their interest via project C333636 Provision of Insourcing Services PIN and enter your details via the response envelope within the project.
The Atamis portal can be accessed at:
https://health-family.force.com/s/Welcome
It is free to register on the portal. Should you have any queries, or encounter any problems with the portal; these should be raised via the Atamis helpdesk at:
Support-health@Atamis.co.uk or phone number 0800 9956035
The helpdesk is open Monday – Friday between 9am – 5.30pm
Details must be submitted by 12 noon on Monday 10th February 2025.
two.1.5) Estimated total value
Value excluding VAT: £400,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Insourced Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insourcing of clinical service solutions in support of the delivery of compliant and high quality patient focused healthcare
two.2.14) Additional information
85100000-0
85110000-3
85111000-0
85111100-1
85111200-2
85111300-3
85111310-6
85111320-9
85111400-4
85111500-5
85111600-6
85111700-7
85111800-8
85111810-1
85111820-4
85111900-9
85112200-9
85120000-6
85121000-3
85121100-4
85121200-5
85121210-8
85121220-1
85121230-4
85121231-1
85121232-8
85121240-7
85121250-0
85121251-7
85121252-4
85121270-6
85121271-3
85121280-9
85121281-6
85121282-3
85121283-0
85121290-2
85121291-9
85121292-6
85121300-6
85130000-9
85131000-6
85131100-7
85131110-0
85140000-2
85141000-9
85141100-0
85141200-1
85141210-4
85141211-1
85141220-7
85142000-6
85142100-7
85143000-3
85144000-0
85144100-1
85145000-7
85146000-4
85146100-5
85146200-6
85148000-8
85149000-5
85150000-5
85160000-8
85323000-9
85312330-1
85312500-4
two.2) Description
two.2.1) Title
Managed Service Provision
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Master Service Provider would take on the responsibility of managing a number of insourced services, and the supply chain for those services to the standards set out in the framework agreement. The supply chain shall consist only of approved suppliers awarded onto the framework agreement, or approved subcontractors.
two.3) Estimated date of publication of contract notice
19 May 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes